EPA awards $640K for particulate emissions instrument calibration, highlighting engineering services for environmental monitoring
Contract Overview
Contract Amount: $640,534 ($640.5K)
Contractor: Southwest Research Institute
Awarding Agency: Environmental Protection Agency
Start Date: 2025-08-29
End Date: 2027-08-28
Contract Duration: 729 days
Daily Burn Rate: $879/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: COST PLUS FIXED FEE
Sector: Other
Official Description: PSC- R425 NEW TASK ORDER "PARTICULATE EMISSIONS MASS INSTRUMENT CALIBRATION" COST-PLUS FIXED-FEE (CPFF) COMPLETION TYPE, 24-MONTH PERIOD OF PERFORMANCE
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78238
State: Texas Government Spending
Plain-Language Summary
Environmental Protection Agency obligated $640,534.16 to SOUTHWEST RESEARCH INSTITUTE for work described as: PSC- R425 NEW TASK ORDER "PARTICULATE EMISSIONS MASS INSTRUMENT CALIBRATION" COST-PLUS FIXED-FEE (CPFF) COMPLETION TYPE, 24-MONTH PERIOD OF PERFORMANCE Key points: 1. Contract focuses on specialized calibration services, crucial for accurate environmental data collection. 2. The fixed-fee structure provides cost certainty for the agency. 3. Competition was robust, suggesting a healthy market for these specialized engineering services. 4. Performance period of 24 months allows for sustained support. 5. The awardee has a track record in engineering and scientific services. 6. Geographic focus on Texas may indicate regional environmental monitoring needs.
Value Assessment
Rating: good
The contract value of $640,534.16 for 24 months of calibration services appears reasonable given the specialized nature of the work. Benchmarking against similar contracts for instrument calibration and engineering services would provide a more precise value assessment. However, the fixed-fee structure suggests a degree of cost control and predictability for the Environmental Protection Agency (EPA).
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that multiple vendors were likely solicited and had the opportunity to bid. The presence of a competitive process suggests that the EPA sought the best value and pricing available in the market for these critical calibration services. The specific number of bidders is not provided, but the designation implies a competitive landscape.
Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring that the government receives high-quality services at a fair cost.
Public Impact
The Environmental Protection Agency benefits from accurate and reliable environmental monitoring data. Services ensure the proper functioning of particulate emissions measurement instruments. This supports the EPA's mission to protect human health and the environment. Geographic impact is primarily within Texas, where the services are likely performed or support regional operations. Workforce implications include specialized engineering and technical roles for calibration and maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if calibration requirements expand beyond initial estimates.
- Dependence on specialized personnel for calibration expertise.
- Risk of delays if instrument availability or access is restricted.
Positive Signals
- Clear period of performance (24 months) provides a defined timeframe for service delivery.
- Fixed-fee contract structure offers cost predictability.
- Awardee's established presence in engineering services suggests capability.
Sector Analysis
This contract falls within the Engineering Services sector, specifically related to environmental monitoring and instrumentation. The market for such services is driven by regulatory requirements and the need for accurate environmental data. Comparable spending benchmarks would involve analyzing other EPA or state-level contracts for similar calibration, maintenance, and engineering support for environmental monitoring equipment.
Small Business Impact
The contract was awarded under full and open competition and does not indicate a small business set-aside. Therefore, the direct impact on small businesses is likely limited unless Southwest Research Institute engages them as subcontractors. Further analysis would be needed to determine subcontracting opportunities for small businesses within this contract's scope.
Oversight & Accountability
Oversight for this contract would typically be managed by the Environmental Protection Agency's contracting officers and program managers. Accountability measures are embedded in the contract terms, including the fixed-fee structure and the defined period of performance. Transparency is facilitated through contract award databases, though detailed performance reports may not be publicly available.
Related Government Programs
- Environmental Monitoring Equipment Maintenance
- Air Quality Monitoring Programs
- Engineering Consulting Services
- Federal Instrument Calibration Services
Risk Flags
- Potential for cost overruns if not closely monitored
- Dependence on specialized contractor expertise
- Risk of performance delays
Tags
engineering-services, environmental-protection-agency, texas, delivery-order, cost-plus-fixed-fee, full-and-open-competition, instrument-calibration, particulate-emissions, environmental-monitoring
Frequently Asked Questions
What is this federal contract paying for?
Environmental Protection Agency awarded $640,534.16 to SOUTHWEST RESEARCH INSTITUTE. PSC- R425 NEW TASK ORDER "PARTICULATE EMISSIONS MASS INSTRUMENT CALIBRATION" COST-PLUS FIXED-FEE (CPFF) COMPLETION TYPE, 24-MONTH PERIOD OF PERFORMANCE
Who is the contractor on this award?
The obligated recipient is SOUTHWEST RESEARCH INSTITUTE.
Which agency awarded this contract?
Awarding agency: Environmental Protection Agency (Environmental Protection Agency).
What is the total obligated amount?
The obligated amount is $640,534.16.
What is the period of performance?
Start: 2025-08-29. End: 2027-08-28.
What is the track record of Southwest Research Institute with the EPA for similar engineering or calibration services?
Southwest Research Institute (SwRI) has a significant history of contracting with federal agencies, including the Environmental Protection Agency (EPA). While specific details for this exact task order are limited in the provided data, SwRI is a well-established independent, nonprofit research and development organization. They possess extensive expertise in areas relevant to this contract, such as emissions testing, instrument development, and calibration. Their past performance with the EPA likely includes a range of environmental science and engineering projects, suggesting a strong capability to fulfill the requirements of this particulate emissions instrument calibration contract. A deeper dive into historical EPA contract awards to SwRI would reveal the breadth and success of their previous engagements.
How does the cost of this contract compare to similar EPA instrument calibration contracts?
Direct comparison of the $640,534.16 cost for 24 months of particulate emissions instrument calibration is challenging without access to a comprehensive database of similar EPA contracts. However, the Cost-Plus Fixed-Fee (CPFF) structure indicates that the contractor is reimbursed for allowable costs plus a fixed fee representing profit. This structure is common for services where the scope is well-defined but costs can vary. The value appears reasonable for specialized engineering services supporting critical environmental monitoring. To benchmark effectively, one would need to identify contracts with similar scopes (e.g., calibration of specific types of emissions monitoring equipment), durations, and complexity, ideally awarded through comparable competitive processes.
What are the primary risks associated with this contract and how are they mitigated?
Key risks for this contract include potential delays in service delivery due to instrument availability or access issues, the need for highly specialized technical expertise which might be scarce, and the possibility of scope creep if calibration requirements evolve. Mitigation strategies are likely embedded within the contract. The 24-month period of performance allows for planned scheduling and reduces the urgency of immediate, potentially rushed, service. The fixed-fee component incentivizes the contractor to manage costs efficiently. Furthermore, the full and open competition suggests a pool of qualified vendors, reducing reliance on a single source. The EPA's contracting officer and technical monitors would oversee performance, ensuring adherence to specifications and addressing any emerging issues promptly.
How effective is the Cost-Plus Fixed-Fee (CPFF) contract type for ensuring value in calibration services?
The Cost-Plus Fixed-Fee (CPFF) contract type aims to balance risk and reward between the government and the contractor, particularly for services where precise cost estimation is difficult upfront but the scope is relatively well-defined. For calibration services like this, CPFF can be effective because it provides the contractor with the flexibility to cover actual costs incurred while performing the specialized work, which might involve unforeseen technical challenges or material needs. The fixed fee ensures that the contractor's profit margin is predetermined, preventing cost overruns from directly increasing their profit. This structure incentivizes the contractor to control costs to maximize their fee, while the government benefits from a defined profit ceiling. However, effective oversight is crucial to ensure that all costs claimed are reasonable and allocable to the contract.
What is the historical spending pattern for particulate emissions instrument calibration by the EPA?
Analyzing historical spending patterns for particulate emissions instrument calibration by the EPA requires access to detailed procurement data over multiple fiscal years. Without this specific data, it's difficult to ascertain trends. However, it can be inferred that spending in this area is likely driven by regulatory requirements (e.g., Clean Air Act) and the ongoing need to maintain and calibrate monitoring equipment used for compliance and research. Spending may fluctuate based on the lifecycle of monitoring equipment, updates in regulatory standards, and the agency's budget allocations. Contracts for calibration services are typically awarded periodically to ensure continuous operation of monitoring networks. The current award of $640,534.16 for 24 months suggests a consistent, albeit potentially modest, level of investment in maintaining these critical environmental tools.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 68HERC25R0217
Pricing Type: COST PLUS FIXED FEE (U)
Evaluated Preference: NONE
Contractor Details
Address: 6220 CULEBRA RD, SAN ANTONIO, TX, 78238
Business Categories: Category Business, Corporate Entity Tax Exempt, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $640,534
Exercised Options: $640,534
Current Obligation: $640,534
Actual Outlays: $204,850
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: YES
Parent Contract
Parent Award PIID: 68HERC25D0007
IDV Type: IDC
Timeline
Start Date: 2025-08-29
Current End Date: 2027-08-28
Potential End Date: 2027-08-28 00:00:00
Last Modified: 2026-04-08
More Contracts from Southwest Research Institute
- TAS::80 0120::TAS AS the Principal Investigator (PI) Institution for the Magnetospheric Multiscale (MMS) Instrument Suite Science Team (isst), the Contractor IS Responsible for Leading the Solving Magnetospheric Acceleration Reconnection and Turbulence (smart) Team Through ALL Mission Phases. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: - Manage the Smart Team Through Phases B Through E of the MMS Mission, - Defining Science Goals and Objectives - Assist the MMS Project and HQ Science Mission Directorate Heliophysics Division in the Preparation of Level 1 Requirements for the MMS Mission - Flow-Down of Top-Level Mission Requirements to the Appropriate Elements of the Instrument Suite - Design, Fabrication, Integration, Calibration, Testing and Delivery of Four Fully Qualified, Flight Instrument Suites to Observatory Integration and Test (I&T) Plus Spares - Design, Development, Integration and Testing of the SOC - Support Observatory-Level I&T Activities - Provide Sustaining Engineering and I&T Support of the Instrument Suites After Delivery to Nasa - Responsibility for the On-Orbit Operation, Health and Safety of the Instrument Suites - Responsibility for Operating and Maintaining the SOC Post-Launch - Establishing and Managing Subcontracts With Instrument Suite Team Members - Establishing and Maintaining the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ITS International Team Members - Implementation of an EPO Program for the MMS Mission — $383.4M (National Aeronautics and Space Administration)
- THE National Aeronautics and Space Administration HAS Selected Juno NEW Frontiers Mission Under the Direction of Principal Investigator (PI) DR. Scott Bolton to Continue Development With the Expectation That the Juno Mission Will Enter Phase B in Early Fiscal Year 2006. the Juno Mission Will BE Managed by the Marshall Space Flight Center, NEW Frontiers Program Office. KEY Juno Team Members Include DR. Bolton's Home Institution, the Southwest Research Institute (swri), the Juno Implementation Team Leader JET Propulsion Laboratory (JPL) and the Spacecraft BUS Provider the Lockheed Martin Space Systems Division (lm/Ss). the PI'S Team AT Swri Needs to Begin Work on a Subset of Phase B Activities AS Early in FY06 AS Possible. This SOW Provides a List of Activities That ARE Necessary to Begin Work in FY06 and Their Associated Deliverables. the Juno Mission IS a Collaboration Between Southwest Research Institute (swri), JPL, Lockheed Martin (LM), and a Complementary Team of Universities and Field Centers. the Principal Investigator, DR. Scott Bolton, IS AT Southwest Research Institute (swri) and IS Responsible to Nasa for ALL Aspects of the Mission Including Achieving ALL Scientific Objectives and Mission Goals. JPL Provides the Project Manager WHO Oversees the Day-To-Day Management of the Project and Will Report to the PI. Principal Investigator (PI) DR. Scott Bolton IS Responsible to Nasa for Meeting the Scientific Objectives of the Juno Mission Within Cost and Schedule. AS PI, DR. Bolton HAS Direct Accountability to the Nasa NEW Frontiers Program Office for the Implementation of Juno. ALL Juno Science Co-Is, the Deputy PI and Project Scientist, the Science Investigation Office Manager, the E/PO Effort, the Juno Advisory Board and the PM Report Directly to DR. Bolton. the PI Delegates the Day-To-Day Management of the Project to the Project Manager (PM), Rick Grammier. the Project System Engineer, Payload Manager, Flight System Manager, Mission Manager, Science OPS Center, Business Manager, LM Contract CTM, and Mission Assurance Manager ALL Report Directly to the PM — $184.3M (National Aeronautics and Space Administration)
- NEW Horizon -- Pluto Mission Phase B — $166.9M (National Aeronautics and Space Administration)
- Under This Contract, the Contractor Will Provide the Personnel, Materials, Equipment, and Facilities Necessary to Produce the Polarimeter to Unify the Corona Heliosphere (punch) Phase a Concept Study. the Scope of This Effort Includes, BUT IS NOT Limited TO: 1. Principal Investigator Program Office 2. Instrument System Engineering, Including Instrument Mission Assurance 3. Design of a Flight Qualified Punch Instrument Meeting Mission and Science Requirements 4. Develop Plans in Support of Integration and Test of the Punch Instrument Flight System 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations and Flight Operations 7. Develop Plans for Lead the Punch Science Investigation AS Well AS the Generation of Resulting Data Products the Contractor Shall Provide a Briefing on the Punch Science and Science Implementation Plan AT the Phase a Site Visit. the Contractor Shall Provide an Organization Chart Defining Contractor Roles and Responsibilities, Reporting Procedures, and ALL Lines of Authority. the Contractor Shall Participate in Defining the Relationships Between the Contractor's Program Office and the Nasa Explorers Program Office. the Contractor Shall Develop a Punch Instrument Systems Requirements Document and a Punch Mission Systems Requirements Document. the Contractor Will Also Develop Detailed Block Diagrams and Technical Descriptions of ALL Instrument Systems. the Contractor Will Conduct In-Depth Instrument-Level Reviews of the Proposed Instrument Design. They Will Conduct Essential Trade Studies, Analyses, Modeling and Simulations to Assure Compliance With Instrument Requirements. the Contractor Will Lead the Science Team and Develop an Instrument-Level Test Plan and Participate in Planning for Integration and Test. the Contractor Shall Prepare a Detailed Instrument Development Schedule Covering ALL Mission Phases, Listing Major Milestones, Including a Defined Critical Path and Schedule Reserves. the Contractor Will Prepare Updated Instrument Budgets AS Well AS Review and Approve the Overall Punch Budget. Finally, the Contractor Shall Prepare and Submit the Concept Study Report — $139.2M (National Aeronautics and Space Administration)
- TAS::80 0120::TAS the Contractor Shall BE Responsible for the Conduct of ALL Phases and Aspects of the Ibex Mission Including: 1) Life-Cycle Project Management; 2) Design, Test, Development, and Operations (payload, Spacecraft, Launch Vehicle, Spacecraft to Launch-Vehicle Interfaces, Launch and Flight Operations); and 3) Post-Operations Data Analysis and Archiving. in Performance of This Effort, the Ibex Team Shall: a. Manage the Project, Provide Cost and Schedule Information to Nasa AS Specified in 3.0 Management, Above. B. Provide Day-To-Day Management and Coordination of the Project AS Delegated by the PI to the Project Manager (PM), Including Monitoring and Reporting Technical Progress and Financial Status, Implementing the Risk Management Plan and Conducting Mission Level Reviews AS Specified in Section 4.3, System Level Reviews. C. Conduct Reviews for ALL Payload Sensors, Payload Support Infrastructure and Associated GSE. D. Perform Scientific Analyses in Support of the Mission Science Requirements. E. Perform Systems Engineering to Coordinate the Design of the Instrument Complement and Spacecraft BUS Components; and to Ensure the Compatibility of the Space-To-Ground and Network Communications. F. Perform Trade Studies to Eliminate and Mitigate Risks G. Deliver the Ibex Flight Segment to Vandenberg AIR Force Base (vafb), Support Integration With the Launch Vehicle, and Assist the Launch Operations; H. Establish the Mission Control Center (MCC) and Ibex Science Operations and Data Analysis Center (isoc) Including ALL Computers, Networks, and Operating Software, Instrument Databases and Procedures Necessary to Functionally Test and Later Control the Spacecraft; I. Hold Science Team Meetings AS Well AS Technical Interchange Meetings. J. Baseline the Science Requirements and Science Analysis Plan Into an Ibex Mission Definition Requirements Agreement (mdra) and the Ibex Data Management Plan. K. Implement an Approved Mission Assurance Plan. L. Implement a Systems Engineering Function to Verify Performance Specification Compliance to the Mission Science Requirements. M. Design, Fabricate, Integrate and Test the Payload, Spacecraft, Solid Rocket Motor and Launch Vehicle Adapter, and Integrate the Ibex Flight Segment With the Launch Vehicle. N. Implement a Safety Program Including the Generation of the Missile System Pre-Launch Safety Package (mspsp). O. Support Launch, Perform On-Orbit Checkout, and Establish On-Orbit Data Acquisition Contact With the Payload. Within the First 30 Days After Launch, Initial Engineering and Science Checkout and Verification of Spacecraft In-Flight Operation Will BE Performed. P. Provide the Services of the MCC and the Isoc. Q. Conduct the E/PO Program in Cooperation With the Identified Team Members — $116.1M (National Aeronautics and Space Administration)
Other Environmental Protection Agency Contracts
- Remedial Action Contract 2 — $383.3M (CH2M Hill, Inc)
- A&E Services — $309.2M (Sultrac, JV)
- Federal Contract — $181.4M (Weston Solutions Inc)
- Central Data Exchange (CDX) Support Services — $160.9M (CGI Federal Inc.)
- This Remedial Action Contract 2 Full Service (RAC 2 FS) for Epa's Region 8 Provides Professional Architect/Engineer, Technical, and Management Services to Support Remedial Response, Enforcement Oversight and Non-Time Critical Removal Activities Under Cercla, AS Amended by Sara; and the Robert T. Stafford Disaster Relief and Emergency Assistance ACT Pursuant to the Federal Response Plan (FRP) and Other Laws to Help Address And/Or Mitigate Endangerment to the Public Health, Welfare or Environment, and to Support States and Communities in Preparing for Responses to Releases of Hazardous Substances, AS Well AS Counter-Terrorism — $145.9M (CDM Federal Programs Corporation)